Heavy Weight Fairlead Beams - FA481926Q0002

SOL #: FA481926Q0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4819 325 CONS PKP
TYNDALL AFB, FL, 32403, United States

Place of Performance

Tyndall AFB, FL

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Landing Equipment (1710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 17, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting proposals for 40 Heavy Weight Fairlead Beam Assemblies under solicitation number FA481926Q0002. This is a Total Small Business Set-Aside for commercial items (supply) to support aircraft arresting systems at Tyndall AFB, FL. Proposals are due by February 17, 2026, at 01:00 PM CST.

Opportunity Overview

This combined synopsis/solicitation seeks qualified small businesses to provide 40 Heavy Weight Fairlead Beam Assemblies, which are integral components of the Aircraft Arresting System (AAS). These beams direct the purchase tape path and are installed on runway shoulders. The acquisition follows Simplified Acquisition Procedures (SAP) under FAR Part 13.

Scope of Work

The contractor shall furnish all required parts, equipment, material, and labor to produce 40 Heavy Weight Fairlead Beam Assemblies with three (3) Rollers/Sheaves. Key requirements include:

  • Adherence to all applicable codes, specifications, industry/federal standards, and USAF drawings (e.g., NSN: 1710-01-098-4984, Part Number: 52-W-2295-201).
  • Production of computer-aided design (CAD) drawings compliant with ASME Y14.1 standards; the Government will own rights to these CAD drawings.
  • Fabrication or acquisition of parts to specific dimensions and tolerances per ASME Y14.5, utilizing precision cutting systems.
  • Welding and inspection processes must follow American Welding Society (AWS) D1.1 standards, performed by certified welders and inspectors. A third-party welding inspector will conduct a pre-FAT inspection.
  • Specific paint (High Gloss Green, MIL-PRF-85285) and primer (Dark Green Epoxy, MIL-PRF-23377K) requirements.
  • Delivery to AFCEC/COMX, Tyndall AFB, FL, within 14 months after contract award. Packaging must allow forklift movement without damaging units, and adhesive is not acceptable for nameplate attachment.

First Article Testing (FAT) Requirements

Offerors must either possess existing First Article (FAT) approval from AFLCMC with production deliveries within the last three years, or successfully complete FAT as per the Statement of Work. The Government will specify the FAT process. FAT approval must be obtained no later than 285 calendar days after contract award. This includes submitting PDF drawings within 60 days and delivering the first article within 180 days after government drawing review. The government will perform a 30-day conformity check.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation for Commercial Items (Supply).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing (Size Standard: 1250 Employees).
  • Product Service Code (PSC): 1710, Aircraft Landing Equipment.
  • Place of Performance: Tyndall AFB, FL.

Submission & Evaluation

Proposals (Quotes) must be submitted in two volumes:

  • Volume 1: Price (for CLIN 0001, including unit, extended price, and transportation).
  • Volume 2: Technical Approach and First Article Test (FAT) Process (maximum 7 pages), detailing tools, equipment, personnel, and facilities. Evaluation will be conducted using Simplified Acquisition Procedures (SAP) based on Price and Technical factors, aiming for best value. Offers must be held firm for 60 calendar days.

Key Dates & Notes

People

Points of Contact

Amn Cristopher Santana CastroPRIMARY
SSgt Benjamin SpearSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 11, 2026
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Solicitation
Posted: Jan 27, 2026
View